Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
MODIFICATION

R -- AMENDMENT 0001 to Pre-Solicitation Notice: Energy Conservation Investment Program (ECIP), A-E Services, Small Business Restricted Competition

Notice Date
8/5/2010
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY10R0023
 
Response Due
8/26/2010
 
Archive Date
10/25/2010
 
Point of Contact
Sarah M. Tierney, 256-895-1219
 
E-Mail Address
USACE HNC, Huntsville
(sarah.m.tierney@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
***AMENDMENT 0001*** Amendment detail - The purpose of this amendment is to change the following (2) sections of the notice as follows: Change #1. General Information, Classification Code, changed as reads: '541330, Engineering Services - contract for engineering services awarded under the National Energy Policy Act of 1992', to read: '541330, Engineering Services'. Change #2. Description, Para 2, changed as reads: 'In accordance with FAR 36.209, the A-E Contractor and its subcontractors, suppliers, and consultants selected for award will not be considered eligible for DoD construction design-build contracts that relate to any A-E Task Orders awarded under this contract.', to read: 'In accordance with FAR 36.209, the A-E Contractor and its subcontractors, suppliers, and consultants selected for award will not be considered eligible for DoD construction design-build contracts or task orders that relate to any A-E Task Orders awarded under this contract'. The resultant changes have been incorporated into the text of this notice. General Information: Document Type-Pre-solicitation Notice Solicitation Number- W912DY-10-R-0023 Posted Date-26 July 2010 Response Date-26 August 2010 Classification Code-541330, Engineering Services Contracting Office Address: US Army Corps of Engineers (USACE), Huntsville Center (HNC) CEHNC-CT-B, 4820 University Square, Huntsville AL 35816-1822 Description- Contract Information: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Architectural Engineering (A-E) services are required to support the Department of Defense Energy Programs. The U.S. Army Corps of Engineers Huntsville Center is one of the Armys leaders in energy savings studies as well as execution, and partners with the Corps project delivery teams, regional business centers/divisions, stakeholders and geographical districts to provide Energy expertise and the highest quality energy and energy research facility life cycle support to the Department of Defense (DoD), other federal agencies and foreign governments. In order to accomplish this objective Huntsville Center proposes to award a Restricted Small Business (SB) Multiple Award Task Order Contract (MATOC). Each award will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, with a base year and four option years, under which firm-fixed price (FFP) task orders will be negotiated. It is anticipated that this acquisition will result in the award of up to three (3) indefinite delivery type contracts, with the Government reserving the right to award more, less, or none at all if it is determined to be in the best interest of the Government. Contracts are anticipated to be awarded with FY11s 1st quarter funds. The North American Industrial Classification System code is 541330 and the size standard is $4,500,000.00. The total requirements expected to be awarded under these Energy Programs A-E contracts are anticipated to equal approximately $48,000,000 (pending approval) over a period of five (5) years. This acquisition is a competitive 100% small business restricted competition. In accordance with FAR 36.209, the A-E Contractor and its subcontractors, suppliers, and consultants selected for award will not be considered eligible for DoD construction design-build contracts or task orders that relate to any A-E Task Orders awarded under this contract. The Government will provide each awardee a fair opportunity to be considered for each task order exceeding $3,000 issued under the multiple ID/IQ A-E contracts, unless an exemption provided in FAR 16.505(b)(2) applies. The Government may not contact each of the multiple awardees under the contract before selecting an order awardee. Project Information- The energy A-E Services contracts will set forth the general requirements for the performance of various services in support of the DoD energy program to include planning, survey, energy conservation and analyses studies, energy surveys and audits, and other investigations/studies, and design services related to new construction, upgrade, maintenance, and repair of various facilities, including related infrastructure systems. The design of complex energy saving measures at various facilities and laboratories is an integral part of this requirement. All work shall be in accordance with (IAW) the most current edition of all applicable United Facilities Criteria (UFC) located at the following link: http://www.wbdg.org/ccb/browse_cat.php?o=29&c=4 All work shall be IAW with UFC 3-400-01 for Energy Conservation located at following link: http://www.wbdg.org/ccb/DOD/UFC/ufc_3_400_01.pdf All work shall be in accordance with (IAW) the most current edition of the CEHNC Design Manual (CEHNC 1110-1-1) located at the following link: http://www.hnd.usace.army.mil/engr/Documents/Locked%20Mar%203%202008%20Design%20Manual.pdf All work shall detail the specific design standards and processes associated with this acquisition for planning, design, construction, sustainment, restoration, and modernization criteria. In addition, the UFC Antiterrorism Force Protection Standards shall be followed. Work may include preparation of design analysis, design tools, design criteria documents, studies, cost estimates (parametric and quantity take off), energy savings calculations (Savings to Investment Ratio, Simple Payback, Life Cycle Cost Analysis, etc.), interim life safety plans, commissioning plans (includes re-commissioning and retro-commissioning plans for existing buildings), energy audits, energy reports, energy studies, controls comprehensive energy and water master plans, facility demolition plans that include hazardous waste identification and removal procedures, concept designs, final designs, construction phase services, and technical review of designs prepared by others. In accordance with FAR Part 16.505(a)(8)(ii) and DFARS clause 252.236-7009, Option for Supervision and Inspection Services, the Government may direct the Contractor to perform any part or all of the supervision and inspection services for the construction contract. Criteria and design tools may include such work as updates or preparation of specifications and standards. Studies may include such work as: surveying existing facilities and entire installations (including the central energy plants and all energy production and energy distribution systems) for specific energy savings conservation measures, examining existing utility rate structures and charges to maximize savings, surveying existing facilities for architectural, structural, utility system, life safety and fire safety code deficiencies; site analysis will comprise topographic surveys and subsurface investigations, all investigations and testing related to ground source heat transfer systems; preparation of planning and programming documents, cost estimates, to include Savings to Investment Ratio, Simple Payback, Life Cycle Cost Analysis, etc., and economic analyses for additions, alterations, and replacement facility projects; preparation of Statement of Condition surveys for Joint Commission Accreditation Review; permits; and, architectural renderings. Design efforts may include new facilities, additions, alterations, interior design, renovations, and upgrades to existing facilities. Construction phase services may include post construction award services, commissioning, testing and balancing, optimizing energy systems and equipment, energy measurement and verification services and shop drawing review. Work may also encompass any other type of service that has the potential to result in energy or energy cost savings. Studies and designs will be prepared in the English and/or metric system of measurement. Cost estimates will be prepared on IBM-compatible personal computers using Corps of Engineers' Computer Aided Cost Estimating System: software provided by the Government, M II Cost Estimating System, or similar approved software. Design drawings will be produced in a format fully compatible with the latest versions of Microstation and Autocad at time of contract award. Knowledge and experience with Leadership in Energy and Environmental Design (LEED), and other sustainable design & energy conservation legislation is required. Specifications will be produced in SPECINTACT using Unified Facilities Guide Specifications. Responses to Government review comments will be provided on Corps of Engineers Automated Review Management System or Design Review and Checking System. Responses to design review comments will be provided using the Corps of Engineers DrChecks system. Selection Criteria: The selection criteria for the basic ID/IQ contracts are listed below in descending order of importance (first by primary criterion and then by each sub-criterion). Criteria (a) through (e) are primary. Criteria (f) is secondary and will only be used as a tie-breaker' among firms that are essentially technically equal. Price will not be used as a criterion. a. Specialized Corporate Experience and Technical Competence: specialized experience and technical competence in which the primary purpose is design of energy saving measures, including experience in energy conservation and renewable energy sources. The prime firm and key subcontractors (i.e. any subcontract which equals 10% or more of the prime contract) should have experience working together. The contractor shall provide examples of three (3) to five (5) projects that demonstrate recent relevant experience in sub-factors 1, 2, and 3. Recent experience is experience within the last 3 years from the date of this announcement. (1) Recent experience in a broad range of facilities that incorporate renewable energy systems such as photovoltaic, wind turbines, solar hot water, geothermal, and biomass. (2) Recent experience in a broad range of facilities that incorporate energy conservation measures such as optimized HVAC systems, efficient lighting, energy optimized controls, building envelopes, and water conservation. (3) Recent experience in a broad range of utility related energy conservation measures such as UMCS; optimization of boilers, chillers, and related systems; energy distribution; and power generation and distribution. (4) The contractor shall demonstrate the ability to incorporate Sustainable Design Development (SDD) and LEED concepts into facility designs that achieve federally mandated standards and energy goals. (5) The contractor shall demonstrate specific technical capabilities, such as application of computer-based simulation programs to analyze energy consumption in buildings, conducting energy surveys and audits, construction cost estimating, scheduling, value engineering, and measurement, verification, and optimization of energy systems. The technical capabilities should demonstrate the type of equipment or software used and the need for subcontractors to perform these tasks. (6) The contractor shall demonstrate design quality control management approach tailored to this procurement. Specifically, how will the contractor maintain the quality of the design and control cost. Define the system that will be in place to assure the design quality is maintained. Provide a comprehensive description of how the Quality Control process will be executed including designation of the primary professionals who, apart from the key personnel design team members, will be responsible for quality review. b. Professional Qualifications: Identify the professional qualifications and credentials of personnel in the key disciplines shown below that will be necessary for satisfactory performance of the required services. The Government will consider the qualifications, education, relevant and specialized experience, and training of licensed, registered, and/or certified key personnel. The lead architect or engineer in each discipline must be registered or certified to practice in the appropriate professional field and must have energy savings planning and design experience. In addition, if a subcontractor to the primary firm is a part of this proposal then they must show how long they have worked together with primary firm and what part they played in each of the relevant projects the firm provided as examples of their experience. Resumes shall be provided in Section E for the following personnel: project manager, architect, civil engineer, electrical engineer, mechanical engineer, environmental engineer, geotechnical engineer, structural engineer, fire protection engineer, and cost estimator certified by the American Society of Cost Engineers. Also provide the resume for a LEED Accredited Professional (AP), which can be one of the personnel listed above. c. Past Performance: Past performance of the prime firm and any significant subcontractors on recent (i.e. performed within the past three (3) years from the release of this announcement) contracts with the primary purpose of facility energy savings design as determined from Past Performance Information Retrieval System (PPIRS) and other sources. PPIRS will be queried for all prime firms to assess performance risk. Performance evaluations for any key subcontractors will also be considered. The Government may elect to consider any credible information obtained from other sources in addition to those identified by the offeror if adequate information is not available in PPIRS. In the event that adverse past performance information is obtained from other sources, the offeror will have the opportunity to respond to any adverse information received which it had not had a previous opportunity to comment. d. Capacity: Demonstrate capacity or an effective organization structure, project team and quality management plan to accomplish up to an estimated three (3) task orders simultaneously in a one year period of time as a restricted small business respondent. e. Geographical Capability: Capability to perform work Outside the Continental United States (OCONUS) and throughout the Continental United States (CONUS), District of Columbia, Alaska, Hawaii, and U.S. Territories and possessions. Firms should demonstrate their capability to perform work in multiple geographic locations. Greater consideration will be given to the A-E firms with the capability to perform work in diverse locations rather than only having experience in one geographic area. Secondary Selection Criteria f. Volume of work: Volume of work awarded by DoD during the previous 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small businesses and small disadvantaged businesses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY10R0023/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02230106-W 20100807/100805235317-9641f0435d4bc4a6e0b05366dd5c264d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.